SOLICITATION NOTICE
X -- Lease of Office Space for HRRO Office
- Notice Date
- 3/14/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
- ZIP Code
- 70114
- Solicitation Number
- VA25611RP0314
- Response Due
- 4/4/2011
- Archive Date
- 7/3/2011
- Point of Contact
- Robyn Calliham
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO LEASE SPACE The Department of Veterans Affairs intends to lease office space for a firm period of five (5) years with five (5) annual option periods after the firm term. The Government will consider offers to lease 8835 to 9995 sq ft of office space that at least meet the general requirements that follow below. The general requirements are not the full solicitation. They are the basic requirements which describe the government's minimum needs and thus establishes the potential of offerors to submit responsive proposals. Offerors whose space fulfills the general requirements shall contact the Contracting Officer to schedule a date and time for the evaluation team to inspect the potential space. After initial inspection, the full solicitation will be issued to offerors whose space is eligible for consideration. The initial proposals will be due not later than April 14, 2011 but may be considered up to lease award. GENERAL REQUIREMENTS 1.1 AMOUNT AND TYPE OF SPACE (AUG 2008) A. The Department of Veterans Affairs is interested in leasing approximately 9,995 rentable square feet of space. The rentable space shall yield a minimum of 8,830 ANSI/BOMA Office Area (ABOA) square feet to a maximum of 9,995 ANSI/BOMA Office Area square feet, available for use by tenant for personnel, furnishings, and equipment. Refer to the "Measurement of Space" paragraph in the UTILITIES, SERVICES AND LEASE ADMINISTRATION section of this Solicitation for Offers (SFO). B. The Government requires 5 reserved parking spaces. These spaces shall be secured and lit in accordance with the Security Section in this Solicitation. The cost of this parking shall be included as part of the rental consideration. C. The offer shall 1) be for space located in a quality building of sound and substantial construction as described in this SFO, 2) have a potential for efficient layout, 3) be within the ABOA square footage range to be considered, and 4) be in compliance with all of the Government's minimum requirements set forth herein. D. The design of the space offered shall be conducive to efficient layout and good utilization as determined by the Government. To demonstrate potential for efficient layout, the Offeror may be requested to provide a test fit layout at the Offeror's expense when the space offered contains certain features like: 1. Narrow column spacing; 2. Atriums, light wells, or other areas interrupting contiguous spaces; 3. Extremely long, narrow runs of space; 4. Irregular space configurations; or 5. Other unusual building features. 6. The Government will advise the Offeror if the test fit layout demonstrates that the Government's requirement cannot be accommodated within the space offered. The Offeror will have the option of increasing the ANSI/BOMA Office Area square footage offered, provided that it does not exceed the maximum ANSI/BOMA Office Area square footage in this SFO. If the Offeror is already providing the maximum ANSI/BOMA Office Area square footage and cannot house the Government's space requirements efficiently, then the Government will advise the Offeror that the offer is unacceptable. E. Unless otherwise noted, all references in this SFO to square feet shall mean ANSI/BOMA Office Area square feet (ABOA). The terms ANSI/BOMA Office Area (ABOA) and usable square feet (usf) are used interchangeably throughout this SFO and its attachments. F. As part of this space requirement, the Government will require use of part of the building roof for the installation of antenna(s). Further specifications regarding the type of antenna(s) and mounting requirements are included as an attachment to this SFO. G. Approximately 0 square feet of the ANSI/BOMA Office Area space required above will be used for the operation of a vending facility(ies) by the blind under the provisions of the Randolph-Sheppard Act (United States Code 20 USC 107 et. seq.). The Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. The Lessor is required to provide necessary utilities and to make related alterations. The cost of the improvements will be negotiated, and payment will be made by the Government either on a lump-sum basis or a rental increase. The Government will not compete with other facilities having exclusive rights in the building. The Offeror shall advise the Government if such rights exist. During the term of the lease, the Lessor may not establish any vending facilities within the leased space that will compete with the Randolph-Sheppard vending facilities. H. Space Program Summary Attachment A HRRO PROPOSED SPACE PROGRAM Office Assignments # of OccupantsSq/FtFinish Director1 Carpet Secretary2 Carpet Budget Tech Business Manager1 Carpet Program Manager1 Carpet Program Manager1 Carpet Manager1 Carpet Management Analyst - HPSP1 Carpet Program Manager - Visual1 Carpet PSA2 Carpet PSA Program Manager1 Carpet RN (Deputy Director) - HPSP1 Carpet Program Specialist2 Carpet Lead PSA PSA2 Carpet PSA Program Analyst - Visual3 Carpet Placement Coordinator - HPSP PSA - Visual PSA3 Carpet PSA PSA - Scholarship PSA3 Carpet PSA PSA PSA3 Carpet PSA - Recruitment PSA - Recruitment PSA1 Carpet PSA - Recruitment2 Carpet PSA - Recruitment HR Specialist (Recruitment)2 Carpet Recruiter Student2 Carpet Student - Scholarship Student2 Carpet Student Accountant/Budget Analyst - HPSP3 Carpet Program Support Assistant - HPSP Program Support Assistant - HPSP HR Specialist3 Carpet HR Specialist HRRO Administrative Asst. 44 Conference Room Carpet File Room Storage Room Tile IT Closet Staff Breakroom Tile Reception Area Carpet USF 8657 RSF 9955 24 functional offices occupied by FTE or PT Students. 1.3 LEASE TERM (SEP 2000) The lease term is for five (5) years plus five (5) option periods of one year duration each. DVA may terminate this lease in whole or in part after the firm term on 90 days' written notice to the Lessor. All the terms and conditions contained herein shall prevail throughout the term of the lease. 1.4 OFFER DUE DATE (AUG 2008) Offers are due by 04-14-2011 and shall remain open until lease award. 1.5 ACCESS AND APPURTENANT AREAS (AUG 2008) The right to use appurtenant areas and facilities is included. The Government reserves the right to post Government rules and regulations where the Government leases space. See Security Requirements for additional information. 1.6 SERVICES, UTILITIES, MAINTENANCE: GENERAL (AUG 2008) Services, utilities, and maintenance shall be provided by the Lessor as part of the rental consideration. The Lessor shall have an onsite building superintendent or a locally designated representative available to promptly respond to deficiencies, and immediately address all emergency situations. 1.7 AREA OF CONSIDERATION (AUG 2008) Buildings which face and have street addresses on the boundary streets are deemed to be within the delineated area. North -Tulane Avenue South -South Claiborne Street East -Poydras Street West -Loyola Avenue/Elks Place An award of contract will not be made for a property located within a base flood plain or wetland unless the Government has determined that there is no practicable alternative. Delineated Area Within a 4 block radius of HRRO's current location. North - Tulane Avenue West - South Claiborne Street South - Poydras Street East - Loyola Avenue/Elks Place 1.8 LOCATION: CITY CENTER (AUG 2008) A. NEIGHBORHOOD: Space shall be located in a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Streets and public sidewalks shall be well maintained. B. PARKING: The parking to square foot ratio available on site shall at least meet current local code requirements, or in the absence of a local code requirement, on site parking shall be available at a ratio of 1 space for every 200 rentable square feet of Government demised area. C. LOCATION AMENITIES: A variety of inexpensive and moderately priced fast food or eat-in restaurants shall be located within the immediate vicinity of the building, but generally not exceeding 2,640 feet [a walkable 1/2 mile], as determined by the contracting officer. Other employee services, such as retail shops, cleaners, banks, etc., shall be located within the immediate vicinity of the building, but generally not to exceed 2,640 feet [a walkable 1/2 mile], as determined by the contracting officer. To meet this requirement, amenities must be existing or the Offeror must demonstrate, to the reasonable satisfaction to the Government (i.e. through evidence of signed leases, construction contracts, etc.), that such amenities will exist by the Government's required occupancy date. D. PUBLIC TRANSPORTATION: A commuter rail, light rail, or subway station shall be located within the immediate vicinity of the building, but generally not exceeding 2,640 [a walkable 1/2 mile], as determined by the contracting officer. Alternatively, two or more public or campus bus lines usable by tenant occupants shall be located within the immediate vicinity of the building, but generally not exceeding 1,320 [a walkable 1/4 mile], as determined by the contracting officer. 1.12 BUILDING SHELL REQUIREMENTS (AUG 2008) A. The Lessor's obligations in providing a building shell shall include the following as part of the Lessor's shell rent: All items identified in this SFO as "building shell" are to be provided, installed, maintained, repaired, and/or replaced as part of the Lessor's shell rent. 1. Base structure and building enclosure components shall be complete. All common areas accessible by the Government, such as lobbies, fire egress corridors and stairwells, elevators, garages, and services areas, shall be complete. Restrooms shall be complete and operational. All newly installed building shell components, including but not limited to, heating, ventilation, and air conditioning (HVAC), electrical, ceilings, sprinklers, etc., shall be furnished, installed, and coordinated with Tenant Improvements. Circulation corridors are provided as part of the base building only on multi-tenanted floors where the corridor is common to more than one tenant. On single tenant floors, only the fire egress corridor necessary to meet code is provided as part of the shell. 2. Accessibility Requirements. Accessibility to persons with disabilities shall be required throughout the common areas accessible to Government tenants in accordance with the Architectural Barriers Act Accessibility Standard (ABAAS), Appendices C and D to 36 CFR Part 1191 (ABA Chapters 1 and 2, and Chapters 3 through 10) and shall be installed and coordinated with Tenant Improvements. To the extent the standard referenced in the preceding sentence conflicts with local accessibility requirements, the more stringent standard shall apply. 3. Ceilings. A complete acoustical ceiling system (which includes grid and lay-in tiles or other building standard ceiling system as approved by the Contracting Officer) throughout the Government-demised area and all common areas accessible to Government tenants shall be required in accordance with the "Ceilings" paragraph elsewhere in this SFO. The acoustical ceiling system shall be furnished, installed, and coordinated with Tenant Improvements. 4. Doors. Exterior building doors and doors necessary to the lobbies, common areas, and core areas shall be required. This does not include suite entry or interior doors specific to Tenant Improvements. Related hardware shall be installed in accordance with the "Doors: Hardware" paragraph and the "Doors: Exterior" paragraph elsewhere in this SFO. 5. Partitions. Permanent, perimeter, and demising slab-to-slab partitions (including all columns) finished with paint and base shall be required in accordance with the "Partitions: General" paragraph and the "Partitions: Permanent" paragraph elsewhere in this SFO. 6. Flooring. All building common areas shall have finished floors in accordance with the "Floor Covering and Perimeters" paragraph elsewhere in this SFO. 7. Plumbing. The Offeror shall include cost of plumbing in common areas, such as for toilet rooms and janitor closets as part of the building shell cost. Hot and cold water risers and domestic waste and vent risers, installed and ready for connections that are required for Tenant Improvements, shall be included in the shell rent. 8. HVAC. Central HVAC systems shall be installed and operational, including, as appropriate, main and branch lines, VAV boxes, dampers, flex ducts, and diffusers, for an open office layout, including all building common areas. Conditioned air through medium pressure duct work at a rate of.75 cubic feet per minute per ANSI/BOMA Office Area square foot shall be provided. 9. Electrical. Electrical power distribution panels and circuit breakers shall be available in an electrical closet, with capacity at 277/480 volt (V) and 120/208 V, 3-phase, 4-wire system providing 7 watts (W) per ANSI/BOMA Office Area square foot. 10. Lighting. Parabolic type 2'-0" wide x 4'-0" long fluorescent lighting fixtures (or other building standard fixtures approved by the DVA Contracting Officer) shall be installed in the ceiling grid for an open office plan at the rate of 1 fixture per 80 ANSI/BOMA Office Area square feet. Lighting as necessary shall be provided in all building common areas in accordance with the "Lighting: Interior and Parking" paragraph elsewhere in this SFO. 11. Safety and Environmental Management. Complete safety and environmental management shall be provided throughout the building in accordance with federal, state, and local codes and laws including, but not limited to, such items as fire detection and alarms, emergency building power for life safety systems, etc., and shall be in accordance with ABAAS. Where sprinklers are required in the Government-demised area, sprinkler mains and distribution piping in a "protection" layout (open plan) with heads turned down with an escutcheon or trim plate shall be provided. 12. Telephone Rooms. Building telecommunication rooms on each floor shall be completed, operational, and ready for Tenant Improvements The telephone closets shall include a telephone backboard. 13. Any building shell modifications necessary for the space to meet the requirements of LEED-CI (Leadership in Energy and Environmental Design for Commercial Interiors), Certified level at minimum, (certified by the U.S. Green Building Council), shall be noted and incorporated into the Working Construction Drawings. The Lessor must coordinate any such requirements to meet LEED-CI Certified level for the building shell with the tenant improvements. 14. Demolition. The Offeror shall remove existing abandoned electric, telephone and data cabling and devices as well as any other improvements or fixtures in place to accommodate the Government's design intent drawings. Any demolition of existing improvements that is necessary to satisfy the Government's layout shall be done at the Lessor's expense. Any demolition shall be completed in accordance with all applicable laws. 15. All of the above improvements are described in more detail hereinafter in this solicitation. 16. Unless an item is specifically labeled as Tenant Improvement (TI), it shall be considered a shell item.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25611RP0314/listing.html)
- Record
- SN02400172-W 20110316/110314234405-71637900ad87a20454664e7963cbbf8f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |